HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso,
City Manager
DATE: April 5, 2016 FILE:
SUBJECT: Recommendation of Award for
Douglas Park Environmental
Remediation Project —D2 - B-40613
FROM Annie Perez, CPPO, Director REFERENCES: Invitation To Bid (ITB): 15.16-017
Procurement Department
ENCLOSURES:
Recommendation
Based on the findings below, the Procurement Department ("Procurement") hereby recommends that the
referenced Project be awarded to Cherokee Enterprises,. Inc., ("Cherokee"), which has been determined to be
the lowest responsive and responsible Bidder for ITB 15-16-017 — Douglas Park Enviromnental Remediation
Project — D2 - B-40613 (the "Project").
Background
On February 8, 2016, Procurement issued a solicitation under full and open competition to obtain bids from
qualified firms. On March 22, 2016, Procurement received three (3) bids in response to the solicitation for ITB
15-16-017 (see attached Bid Security List).
Pursuant to the solicitation, Bidders were required to have: i) a current certified General Contractor license
issued by the State of .Florida; and, in addition, ii) a minimum of five (5) years of experience, under its current
business name in the construction of large scale (i.e., > 5 acres) remediation projects supported by references for
five (5) large scale (i.e., > 5 acres) remediation projects completed within the past ten (10) years. Submitted
reference projects must demonstrate. that the Bidder: a) was the Prime Contractor for the reference project; and
b)• self -performed at least thirty percent (30%) of the physical construction work for the reference project.
Bidders must also be prepared to provide proof of completed HAZWOPBR training and commit to self -
performing at least thirty percent (30%) of the physical construction work for the Project.
Findings
Procurement has completed the review of the bids following the guidelines published in the solicitation. As
reflected on the attached Bid Security List, Zahlene Enterprises, Inc. ("Zahiene") was the lowest Bidder for ITB
15-16-017. The local preference ordinance is not applicable since none of the Bidders maintain a "local" office,
as defined in Section 18-73 of the City of Miami Code. Procurement staffs review of the bids submitted
revealed that Zahlene does not meet the minimum requirements for bidding on the Project as the firm could not
docutnent their experience as the prime contractor in the construction of large scale remediation projects.
Accordingly, Zahlene's bid has been deemed non -responsive, thereby rendering Cherokee the lowest Bidder for
PR 16118 1
ITB 15-16-017. Procurement staff has determined that Cherokee is. a responsible bidder that meets the minimum
requirements to bid on the Project, and Cherokee's bid is responsive to ITB 15-16-017.
Procurement hereby recommends that the Project be awarded to Cherokee.
Contract Execution
Accordingly, Procurement hereby requests authorization to prepare for execution, a contract in the amount of
$4,484,185.00, plus a ten percent (10%) contingency, for a total contract amount not to exceed $4,932,603.50.
Approved:
Daniel J. A.lfon
nager
Date: /1.'
cc: Fernando Casamayor, Assistant City Manager, Chief Financial Officer, City Manager's Office
Alberto Parjus, Assistant City Manager, City Manager's Office
Jeovanny Rodriguez, P.E., Director, Capital Improvements and Transportation Program
Dr. Lydia Osborne, CPPO, Assistant Director, Procurement Department
Maria Carballeira, CPPB, Procurement Administrator, Procurement Department
Anthony Rolle, CPPB, Procurement Contracting Manager, Procurement Department
PR 16118 2